governance committee for the mpwsp agenda packet 05-23-14

37
GOVERNANCE COMMITTEE FOR THE MONTEREY PENINSULA WATER SUPPLY PROJECT California American Water Monterey County Board of Supervisors Monterey Peninsula Regional Water Authority Monterey Peninsula Water Management District This meeting has been noticed according to the Brown Act rules. This agenda was posted on May 19, 2014. Governance Committee Members: California American Water Robert MacLean Monterey Peninsula Regional Water Authority Jason Burnett, Chair Alt.- Chuck Della Sala County of Monterey David Potter Alt. - Simon Salinas Monterey Peninsula Water Management District Bob Brower, Vice Chair Alt. – Jeanne Byrne Staff Contact: David J. Stoldt, MPWMD Arlene Tavani, MPWMD AGENDA REGULAR MEETING Monterey Peninsula Water Supply Project Governance Committee *************** Friday, May 23, 2014, 1:30 PM Monterey Peninsula Water Management District, Conference Room, 5 Harris Court, Building G., Monterey, CA Call to Order/Roll Call Pledge of Allegiance Public Comments Anyone wishing to address the Committee on matters not listed on the agenda that are within the subject jurisdiction of the Committee, may do so during Public Comments. The public may comment on any other items listed on the agenda at the time they are considered by the Committee. Please limit your comment to 3 (three) minutes. Action Items – Public Comment will be Received 1. Develop Recommendation to Monterey Peninsula Regional Water Authority on Selection of Consultant to Conduct Value Engineering Analysis of CDM Desalination Project Designs Action: The Committee will make a recommendation to the Monterey Peninsula Regional Water Authority on selection of a professional engineer to perform a value engineering analysis for the Desalination Project. The selection will be based on review of proposals received from prospective consultants. If the Water Authority confirms the consultant selection, the recommendation will be submitted to California-American Water to assign the contract. Discussion Items – Public Comment will be Received 2. Update from California American Water on Source Water Intake Location Investigations 3. Update on Development of Landfill Gas Term Sheet 4. Discussion of Items to be Placed on Future Agendas Adjournment

Upload: l-a-paterson

Post on 20-Apr-2017

214 views

Category:

Documents


1 download

TRANSCRIPT

GOVERNANCE COMMITTEE FOR THE

MONTEREY PENINSULA WATER SUPPLY PROJECT

California American Water Monterey County Board of Supervisors Monterey Peninsula Regional Water Authority Monterey Peninsula Water Management District

This meeting has been noticed according to the Brown Act rules. This agenda was posted on May 19, 2014. Governance Committee Members: California American Water Robert MacLean

Monterey Peninsula Regional Water Authority Jason Burnett, Chair Alt.- Chuck Della Sala

County of Monterey David Potter Alt. - Simon Salinas

Monterey Peninsula Water Management District Bob Brower, Vice Chair Alt. – Jeanne Byrne Staff Contact: David J. Stoldt, MPWMD Arlene Tavani, MPWMD

AGENDA REGULAR MEETING

Monterey Peninsula Water Supply Project Governance Committee

*************** Friday, May 23, 2014, 1:30 PM

Monterey Peninsula Water Management District, Conference Room, 5 Harris Court, Building G., Monterey, CA

Call to Order/Roll Call

Pledge of Allegiance

Public Comments Anyone wishing to address the Committee on matters not listed on the agenda that are within the subject

jurisdiction of the Committee, may do so during Public Comments. The public may comment on any other items listed on the agenda at the time they are considered by the Committee. Please limit your comment to 3 (three) minutes.

Action Items – Public Comment will be Received 1. Develop Recommendation to Monterey Peninsula Regional Water

Authority on Selection of Consultant to Conduct Value Engineering Analysis of CDM Desalination Project Designs

Action: The Committee will make a recommendation to the Monterey Peninsula Regional Water Authority on selection of a professional engineer to perform a value engineering analysis for the Desalination Project. The selection will be based on review of proposals received from prospective consultants. If the Water Authority confirms the consultant selection, the recommendation will be submitted to California-American Water to assign the contract.

Discussion Items – Public Comment will be Received

2. Update from California American Water on Source Water Intake Location Investigations

3. Update on Development of Landfill Gas Term Sheet

4. Discussion of Items to be Placed on Future Agendas

Adjournment

After staff reports have been distributed, if additional documents are produced by the Governance Committee and provided to a majority of the committee members regarding any item on the agenda, they will be available at the Monterey Peninsula Water Management District (MPWMD) office during normal business hours, and posted on the Governance Committee website at http://www.mpwmd.net/GovernanceCommittee/GovernanceCmte.htm. Documents distributed at the meeting will be made available in the same manner. Upon request, a reasonable effort will be made to provide written agenda materials in appropriate alternative formats, or disability-related modification or accommodation, including auxiliary aids or services, to enable individuals with disabilities to participate in public meetings. A reasonable effort will also be made to provide translation services upon request. Please submit a written request, including your name, mailing address, phone number and brief description of the requested materials and preferred alternative format or auxiliary aid or service by 5:00 PM on Wednesday, May 22, 2014. Requests should be sent to the Board Secretary, MPWMD, P.O. Box 85, Monterey, CA, 93942. You may also fax your request to the Administrative Services Division at 831-644-9560, or call 831-658-5600.

U:\staff\MPWSPGovernanceCmte\2014\20140523\20140523Agenda.docx

Monterey Peninsula Water Supply Project Governance Committee Meeting Date: May 23, 2014 Agenda Item: 1. Develop Recommendation to Monterey Peninsula Regional

Water Authority on Selection of Consultant to Conduct Value Engineering Analysis of CDM Desalination Project Designs

Summary: On April 17, 2014, a request for proposals for preparation of a value

engineering study (Exhibit 1-A) was distributed to nine firms: Separation Processes Inc., Smith Culp Consulting, Brown and Caldwell, Valentine Environmental Engineers, CH2M-Hill, Strategic Value Solutions, Value Management Strategies, Inc., Kennedy Jenks, and HDR Inc. Proposals were received from Robinson, Stafford &Rude, Inc. (RSRI) and Value Management Strategies, Inc. (VMS)

The Monterey Peninsula Regional Water Authority (Authority) appointed an ad-hoc selection committee consisting of representatives from California American Water (Cal-Am), the City of Seaside, the City of Monterey, and the Monterey Peninsula Water Management District. The ad-hoc selection committee analyzed the proposals and recommended VMS as the most qualified firm for preparation of the value engineering study. According to Rick Riedl, Chair of the ad-hoc selection committee, some overarching considerations in evaluating the proposals were; 1) The team leader for VMS is a Project Management Professional, a

certification which requires knowledge of the application of a rigorous set of principles that are applied to bring a project to completion.

2) RSRI includes team members from B&V, who were proposers on the desal plant. This may represent a conflict of interest since the review may include some proprietary materials. 3) Most of the RSRI team members are not registered professional engineers in California. Riedl also noted that contract documents should be revised to show the value engineering workshop during the week of July 7 when all team members and VMS representatives are available to meet. Attached as Exhibits 1-B- through 1-D, respectively, are the VMS Proposal for Services, the ad-hoc review committee’s rating sheet, and the VMS cost proposal.

Recommendation: The Governance Committee should review the recommendation of the

ad-hoc selection committee and consider adoption of a recommendation to the Authority that it negotiate a contract with VMS for preparation of the value engineering study. If the Authority confirms the consultant selection, it will contract with VMS and seek reimbursement from Cal-Am for the cost of the study.

Exhibits: 1-A April 17, 2014 RFP for Preparation of a Value Engineering Study 1-B Value Management Solutions, Inc. Proposal for Services 1-C Ad-Hoc Selection Committee Proposal Ratings 1-D Value Management Solutions, Inc. Cost Proposal

MONTEREY PENINSULA REGIONAL WATER AUTHORITY

April 17, 2014 Value Management Strategies 900 Canterbury Place, Suite 330 Escondido, CA 92025

Directors:

Chuck Della Sala, President Jason Burnett, Vice President

Ralph Rubio, Secretary Jerry Edelen, Treasurer

Bill Kampe, Director David Pendergrass, Director

Executive Director:

Jim Cullem, P.E.Re: California American Water Company Monterey Peninsula Water Supply Project (MPWSP) Desalination Infrastructure Request for Proposal – Value Engineering Study Dear Sir or Madam: The Monterey Peninsula Regional Water Authority (MPRWA), on behalf of the MPWSP Governance Committee (GC), is seeking a qualified Value Engineering (VE) Consultant to provide VE services related to the design and construction of a 6.4 to 9.6 mgd seawater desalination water treatment (desal) plant on the Monterey Peninsula. You are invited to submit a proposal for VE services for the above referenced project. The project is currently being designed for the California American Water Company (CAW) by Camp Dresser & Mckee (CDM) Constructors, Inc. with offices in Walnut Creek, California. CDM will have made a 30% design submittal prior to the VE study. Preliminary site plans, floor plans, elevations and a geotechnical report will be available for the study. Schematics for the process, treatment residuals handling and chemical systems will also be available. A preliminary cost estimate and energy consumption model will be provided. In general, the objectives of the value engineering services are:

To identify potential changes to the project design that would satisfy the essential functions of the project at a lower capital and/or life cycle cost;

To identify potential changes to the project design that would better accomplish the essential functions of the project and/or provide better overall value;

To improve confidence in the effectiveness of the design, i.e., to ensure the design represents the most efficient combination of cost, performance and reliability;

To identify constructability, durability, adaptability, operability, safety, and maintenance issues;

1

arlene
Typewritten Text
arlene
Typewritten Text
arlene
Typewritten Text
Ex
arlene
Typewritten Text
arlene
Typewritten Text
Exhibit 1-A
arlene
Typewritten Text

To identify opportunities to attain a Silver Award level of sustainable design under the Institute for Sustainable Infrastructure(ISI) Envision rating system;

To identify opportunities to attain a Silver Award level of design under the US Green Building Council LEED rating system.

Scope of Services The work will consist of the following tasks and as detailed in Exhibit “A”, Scope of Services, attached. It is intended that the selected VE Consultant will conduct one VE workshop to be conducted in the Monterey, California area from June 23 through June 27, 2014. The VE workshop will follow the standards of the Society of American Value Engineers (SAVE). The workshop meeting location will be announced and will be and paid for by others. The VE workshop will consist of the following phases conducted over a period of four/five consecutive days:

Information Phase Function Analysis Phase Creative Phase Evaluation Phase Development Phase Presentation Phase

Required Qualifications The VE Consultant shall provide a team leader/facilitator that is certified by SAVE International as a Certified Value Specialist (CVS). The team will also include multidiscipline technical specialists with appropriate qualifications such as: an architect, instrumentation and controls engineer, civil and structural engineer, process design engineer, electrical engineer, construction cost estimator and construction superintendent. The team shall also include experienced operations and maintenance staff as well as certified ENVISION and LEED evaluators to round out the technical specialist staff. The VE Consultant shall demonstrate corporate experience pertinent to the subject matter of the VE study.

Proposal Elements Proposals are to consist of no more than 15 single-sided pages and include the following elements: Cover Letter Table of Contents Understanding of the Scope of Work Proposed Methodology and Delivery Schedule Qualifications and Experience, including client references Brief Biographies of Key Personnel Fee Proposal (in separate sealed envelope) Other considerations

2

3

Detailed resumes and additional corporate information may be also submitted, if so desired. Note that key personnel must disclose any economic interest they have in CAW, American Water, or CDM. The proposal should be on a lump sum basis, inclusive of per diem costs for travel and living expenses. Note that the MPRWA will utilize a Qualification Based Selection (QBS) process in procuring professional services. Accordingly, the fee proposal is to be provided in a separate sealed envelope submitted with the technical proposal, and will not be considered in the selection of the best proposal. It will be opened at the time of initial negotiation with the selected firm. Proposals should be submitted by 4:00 p.m. on Thursday, May 8, 2014. One original proposal, two (2) hard copies and three (3) CD-ROMS shall be addressed and sent to: Monterey Peninsula Regional Water Authority (MPRWA) 735 Pacific Street Monterey, CA 93940 Attention: Executive Director. Thank you for your cooperation. If you have any questions or comments concerning the project scope of services, please contact me at 831-241-8503 or [email protected]. Very truly yours, James M. Cullem, P.E.

Executive Director EXHIBITS: A- Scope of Work for Value Engineering Study B- MPRWA Sample Contract for Professional Services Xc: Chuck Della Sala- President MPRWA Jason Burnett- Chair, Governance Committee Dave Stoldt- GM, MPWMD I. Crooks –CAW R. Svindland - CAW S. Creel - AW J. Gallagher - AW

4

EXHIBIT “A”

SCOPE OF SERVICES FOR VALUE ENGINEERING STUDY

The Value Engineering (VE) Consultant will provide the following services in accordance with this scope of work. CONSULTANT VE STUDY TEAM The Value Engineering Consultant will provide the VE study team members identified below:

VE Team Leader/Facilitator Provided by VE Consultant Civil / Structural Engineer Provided by VE Consultant Architect Provided by VE Consultant Process Design Engineer Provided by CAW Electrical Engineer Provided by VE Consultant Instrumentation and Controls Engineer Provided by VE Consultant Construction Cost Estimator Provided by CAW Construction Superintendent Provided by CAW Operations personal Provided by VE Consultant

& CAW Maintenance personal Provided by VE Consultant

& CAW Envision and LEED certified evaluators Provided by VE Consultant

All other team members will be provided by the Governance Committee (GC) and/or California American Water (CAW), at no cost to the VE Consultant. The VE Consultant will communicate directly with the MPRWA Contract Manager, the GC Project Manager, the California American Water Project Manager, CDM Constructors Inc. and with all other study team members as needed relative to scheduling, pre-workshop, workshop and post workshop activities. PRE-WORKSHOP ACTIVITIES The VE Consultant will perform pre-workshop activities to include those tasks which must be accomplished in order for the study team to be able to efficiently and effectively perform in the workshop. These activities will consist of:

Scheduling value engineering study tasks, Scheduling and coordination with VE study team members Assisting the GC and CAW with scheduling VE study participants Coordination of the necessary project documentation of the project for distribution by the

GC and CAW to study team members Document review by VE Consultant-supplied team members Preparation of cost, energy, life cycle costs, etc. to the extent that the information needed

for their preparation is available. Identify Envision Silver level Certification requirements and cost benefit analysis Identify LEED Silver level Certification requirements and cost benefit analysis

5

CAW and the GC will distribute the project documents and materials to be studied to the VE study team members at least five (5) working days prior to the workshop start. All team members are expected to review the project documents and material prior to the start of the workshop. WORKSHOP The VE Consultant will conduct a 40 hour value engineering workshop using the six-step job plan that is consistent with the best management practices recognized by SAVE. The workshop will include an Information Phase, a Function Analysis Phase, a Creative Phase, and Evaluation Phase a Development Phase and a Presentation Phase. A site visit for the team members will be conducted on the first day of the workshop. The workshop will be initiated by presentations from the GC and CAW representatives, who will describe the objectives of the study and any constraints that will be placed on the study team. The designers will explain specifically how the design accomplishes MPRWA and CAW’s objectives and the details of that design. The workshop will include a detailed function analysis of the major project elements. The team will generate a list of ideas for project improvement followed by an evaluation of those ideas. This evaluation will include input from key GC and CAW decision makers before proceeding with development of recommendations. On the last day of the workshop, a presentation of the recommendations will be provided to CAW, key representatives of the design team, and the GC. The workshop will be held at location within the California American Water service area and will be announced at a later date. The cost of providing the workshop meeting facilities and all other costs associated with the meeting facilities will not be borne by the consultant. To ensure that the study team has complete information about the project criteria, CAW will provide, at a minimum, key personnel from both CAW and the design team for the first day and last day presentations. POST WORKSHOP The VE Consultant will conduct a four-hour post-workshop Decision/Implementation Meeting at a location to be announced following receipt by the study team of the written design responses to the Preliminary Report. The purpose of the Decision/Implementation Meeting is to assist the GC and CAW in making decisions regarding acceptance or rejection of the individual value proposals. Attendees will consist of GC representatives, key CAW staff, key designer staff and the VE study team leader. SCHEDULE The work will be performed in accordance with the following schedule: Pre-Study Activities Upon receipt of a signed contract and notice to proceed Workshop June 23 – 27, 2014 Preliminary VE Study Report Three (3) days after completion of the Workshop Decision/implementation Meeting On a date to be determined by the GC, CAW, VE Consultant

and designer Final VE Study Report Fourteen (14) days after receipt of Comments on the draft

report

6

DELIVERABLES The VE study effort will include the following deliverables, all which are related to the results of the workshop:

Study Team Presentation Handout Preliminary VE Study Report Final VE Study Report

The Preliminary VE Report will be prepared in the Value Engineering Consultant report format, and will be a compilation of the handwritten products developed in the workshop. The purpose of this draft report is to give the GC, CAW and other reviewers the opportunity to check the final VE Study report prior to final issuance. The Final VE Study Report is the final documentation of the VE Study. The report is a finalized version of the Draft Report including the incorporation of GC and CAW comments. The submittal of the final report concludes the Scope of Work. The VE Consultant will provide the GC with two (2) electronic copies (CD-ROM) and the following number of hard copies of each report:

Preliminary VE Study Report 6 copies Draft of Final VE Study Report 6 copies Final VE Study Report 6 copies.

7

EXHIBIT “B”

CONTRACT FOR PROFESSIONAL SERVICES

Agreement for Consultant Support Services

THIS AGREEMENT is executed this __ day of ______, by and between the Monterey Peninsula Regional Water Authority, a municipal corporation, hereinafter called "Authority", and _________, hereinafter called "Consultant". IT IS HEREBY MUTUALLY AGREED AS FOLLOWS: 1. Scope. Consultant hereby agrees to provide to the Authority, as the scope of services under this Agreement, Value Engineering Services as described on the following attachment: Scope of Services for Value Engineering Study (attached hereto as Exhibit “A”). 2. Timely Work. Consultant shall perform all tasks in a timely fashion, as set forth more specifically in paragraph 3 below. Failure to so perform is hereby deemed a material breach of this Agreement, and Authority may terminate this Agreement with no further liability hereunder, or may agree in writing with Consultant to an extension of time.

3. Term. The work under this Agreement shall commence no later than June 1, 2014 and shall be completed by July 31, 2014, unless Authority grants a written extension of time as forth in paragraph 2 above.

4. Compensation. Authority agrees to pay and Consultant agrees to accept as full and

fair consideration for the performance of this Agreement, a lump-sum payment as set forth in Consultant’s Proposal (Exhibit C), in a total amount of __________________ ($_________). Compensation under this Agreement shall become due and payable 30 days after Authority’s approval of Consultant’s submission of a written invoice to the Authority Executive Director. Written invoices shall include a copy of timesheets or invoices from sub-consultants. The payment of any compensation to Consultant hereunder shall be contingent upon performance of the terms and conditions of this Agreement to the satisfaction of the Authority. If Authority determines that the work set forth in the written invoice has not been performed in accordance with the terms of this Agreement, Authority shall not be responsible for payment until such time as the work has been satisfactorily performed. 5. Additional Services. In the event that Authority should request services identified in Exhibit C, or for additional services not covered by the terms of this Agreement, said services will be provided by Consultant and paid for by Authority only after a fee for said services has been agreed upon between Consultant and the Authority Executive Director, only after the Authority Director provides written authorization for the additional work. 6. Meet and Confer. Consultant agrees to meet and confer with Authority or its agents or employees with regard to services as set forth herein as may be required by Authority to insure timely and adequate performance of this Agreement. 7. Indemnification. Consultant hereby agrees to the following indemnification clause:

8

To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and 2782.6), Consultant shall defend (with legal counsel reasonably acceptable to the Authority), indemnify and hold harmless the Authority and its officers, designated agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against claims, loss, cost, damage, injury expense and liability (including incidental and consequential damages, court costs, reasonable attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) to the extent they arise out of, pertain to, or relate to, the negligence, recklessness, or willful misconduct of Consultant, any Subconsultant, anyone directly or indirectly employed by them, or anyone that they control (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent that such Liabilities are caused in part by the negligence, or willful misconduct of such Indemnitee.

Notwithstanding the provisions of the above paragraph, Consultant agrees to indemnify and

hold harmless the Authority from and against any and all claims, demands, defense costs, liability, expense, or damages arising out of or in connection with damage to or loss of any property belonging to Consultant or Consultant's employees, contractors, representatives, patrons, guests or invitees.

Consultant further agrees to indemnify Authority for damage to or loss of Authority property to

the proportionate extent they arise out of Consultant's negligent performance of the work associated with this agreement or to the proportionate extent they arise out of any negligent act or omission of Consultant or any of Consultant's employees, agents, contractors, representatives, patrons, guests or invitees; excepting such damage or loss arising out of the negligence of the Authority.

8. Insurance. Consultant shall submit and maintain in full force all insurance as

described herein. Without altering or limiting Consultant's duty to indemnify, Consultant shall maintain in effect throughout the term of this Agreement a policy or policies of insurance with the following minimum limits of liability:

Commercial general liability insurance including but not limited to premises, personal injuries, bodily injuries, products, and completed operations, with a combined single limit of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate.

Professional Liability Insurance: Consultant shall maintain in effect throughout the term of this Agreement professional liability insurance with limits of not less than $1,000,000 per claim and $2,000,000 in the aggregate. Consultant will either maintain or cause to be maintained professional liability coverage in full force or obtain extended reporting (tail) coverage (with the same liability limits) for at least three years following Authority's acceptance of the work.

Commercial automobile liability insurance covering all automobiles, including owned, leased, non-owned, and hired automobiles, used in providing services under this Agreement, with a combined single limit of not less than $1,000,000 per occurrence.

Workers' Compensation Insurance: If Consultant employs others in the performance of this Agreement,Consultant shall maintain workers' compensation insurance in accordance with California Labor Code section 3700 and with a minimum of $100,000 per occurrence for employer's liability. Other Insurance Requirements

A. All insurance required under this Agreement must be written by an insurance

company either:

9

admitted to do business in California with a current A.M. Best rating of no less than A:VI;

or an insurance company with a current A.M. Best rating of no less than A: VII.

Exception may be made for the State Compensation Insurance Fund when not specifically rated.

B. Each insurance policy required by this agreement shall be endorsed to state that

Monterey Peninsula Regional Water Authority shall be given notice in writing at least thirty days in advance of any cancellation thereof, except 10-day notice for nonpayment of the premium.

C. The general liability and auto policies shall:

Provide an endorsement naming the Authority, its officers, officials, and employees as additional insureds under an ISO CG 20 10 07 04 or ISO 20 37 07 04 or their equivalent.

Provide that such insurance is primary and non-contributing insurance to any insurance or self-insurance maintained by the Authority.

Contain a "Separation of Insureds" provision substantially equivalent to that used in the ISO form CG 00 01 10 01 or their equivalent.

Provide for a waiver of any subrogation rights against the Authority via an ISO CG 24 01 10 93 or its equivalent.

D. Prior to the start of work under this Agreement, Consultant shall file certificates of

insurance and endorsements evidencing the coverage required by this agreement with the Authority. Consultant shall file a new or amended certificate of insurance promptly after any change is made in any insurance policy which would alter the information on the certificate then on file.

E. Neither the insurance requirements hereunder, nor acceptance or approval of

Consultant’s insurance, nor whether any claims are covered under any insurance, shall in any way modify or change Consultant’s obligations under the indemnification clause in this Agreement, which shall continue in full force and effect. Notwithstanding the insurance requirements contained herein, Consultant is financially liable for its indemnity obligations under this Agreement.

F. Any deductibles or self-insured retentions must be declared to and approved by

the Authority. At the option of the Authority, either: the insured shall reduce or eliminate such deductibles or self-insured retentions as respects the Authority, its officers, officials, employees and volunteers; or Consultant shall provide a financial guarantee satisfactory to the Authority guaranteeing payment of losses and related investigations, claim administration, and defense expenses.

9. Ownership of Work. Upon completion of the work under this Agreement, ownership, and title to all materials and deliverables produced as part of this Agreement will automatically be vested in the Authority and no further agreement will be necessary to transfer ownership to Authority. 10. Licensing. Consultant represents as follows: that it is experienced in the professional services and a specialist in the work performed under this Agreement; is duly organized, existing and in good standing under applicable state law; and is properly licensed and/or certified to perform

10

the work specified under this Agreement, including but not limited to possession of a current City of Monterey business license, and will only employ persons and sub-consultants with all required licenses and certifications. 11. Substitution of Consultant Personnel. The key personnel of Consultant or any sub-consultants listed in Consultant’s proposal and assigned to perform the work under this Agreement may not be substituted with or replaced by other personnel or sub-consultants without the advance written consent of Authority. 12. Termination. Authority may terminate this Agreement upon ten days' written notice. The amount of damages, if any, as a result of such termination may be decided by negotiations between the parties or before a court of competent jurisdiction. 13. Agency. In performing the services specified under this Agreement, Consultant is hereby deemed to be an independent Consultant and not an agent or employee of Authority. 14. Entire Agreement. This Agreement constitutes the entire Agreement between the parties hereto and supersedes any and all prior agreements, whether oral or written, relating to the subject matter thereof. Any modification of this Agreement will be effective only if it is in writing signed by both parties hereto. 15. Validity. If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will continue in full force without being impaired or invalidated in any way. 16. Assignment of Interest. The duties under this Agreement shall not be assignable, delegable, or transferable without the prior written consent of Authority. Any such purported assignment, delegation, or transfer shall constitute a material breach of this Agreement upon which Authority may terminate this Agreement and be entitled to damages. 17. Conflict of Interest. Consultant hereby certifies that it does not now have, nor shall it acquire, any financial or business interest that would conflict with the performance of services under this Agreement. 18. Counterparts. This Agreement may be executed in multiple originals, each of which is deemed to be an original, and may be signed in counterparts. 19. Laws. Consultant agrees that in the performance of this Agreement it will reasonably comply with all applicable State, Federal and local laws and regulations. This Agreement shall be governed by and construed in accordance with the laws of the State of California and the City of Monterey. 20. Venue. Should either party to this agreement bring legal action against the other (formal judicial proceeding, mediation, or arbitration) the venue for the matter shall be Monterey County, California. IN WITNESS WHEREOF, this Agreement is entered into by the parties hereto on the day and year first above written in Monterey, California. AUTHORITY CONSULTANT __________________________ __________________________ Executive Director Consultant Name

 

 

PROPOSAL FOR SERVICES: Value Engineering 

 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  

 

 

May 2014 

 

 

Prepared by 

Value Management Strategies, Inc. 

arlene
Typewritten Text
Exhibit 1-B

Date:  May 8, 2014 

Monterey Peninsula Regional Water Authority (MPRWA) Attn:  James M. Cullem, Executive Director 735 Pacific Street Monterey, CA 93940 

Subject:  Value Engineering Study Proposal for Monterey Peninsula Water Supply Project – Desalination Infrastructure 

Value Management Strategies, Inc. is pleased to submit this proposal to conduct a 5‐day Value Engineering (VE) study for the Monterey Peninsula Water Supply Project (MPWSP) Desalination Infrastructure.  Per the Request for Proposal scope of services we received on April 17, 2014, the following information is respectfully enclosed in the attached document: 

Understanding of the scope of work, with proposed delivery schedule 

Qualifications and experience of proposed VE facilitator and team 

Brief biographies of the proposed personnel 

A lump‐sum fee proposal is submitted under separate cover from this technical proposal 

We propose Mark Watson, PE, CVS‐Life, PMP to facilitate the VE workshop and a highly experienced team of subject matter experts from HDR to perform this study. We are confident that the proposed team will provide the highest level of service during this VE study to ensure the objectives are achieved, resulting in optimal project functionality and performance.    

I am the VMS officer authorized to negotiate this contract on behalf of VMS, Inc. Thank you for your consideration of our proposal.  We look forward to working with you. 

Sincerely, VALUE MANAGEMENT STRATEGIES, INC.  

    Robert B Stewart, CVS‐Life, FSAVE, PMP, PMI‐RMP President 

 

 “Value Leadership” 

 

CORPORATE OFFICE: 

900 Canterbury Place Suite 330 Escondido, CA 92025 T:  760 741 5518  F:  760 741 5617 

Portland, OR  T:  503 957 9642  

Grand Junction, CO  T:  970 242 5531 

Bothell, WA  T:  206 706 3055  Merriam, KS  T:  816 206 0067  Sacramento, CA  T:  916 224 9812  Chicago, IL T: 702 755 6876  Las Vegas, NV T: 720 308 4205  

 

Proposal to Provide Value Engineering Services Value Management Strategies, Inc.

 Value Management Strategies, Inc. 

 760‐741‐5518   www.vms‐inc.com 

Table of Contents  

1. Introduction and Firm Overview ......................................................................................... 1 

1.1 Introduction 1.2 Value Management Strategies, Inc. Firm Information 

2. Understanding of Scope of Work ........................................................................................ 2 3. Proposed Methodology and Delivery Schedule .................................................................. 2 

3.1   VE Study Work Plan 3.2   VE Workshop Methodology 3.3   VE Study – Areas of Focus 3.4   Delivery Schedule 

4. Qualifications and Experience ............................................................................................. 7 

4.1   Team Qualifications 4.2   Relevant Project Examples / Experience 

5. Biographies of Key Personnel ............................................................................................ 10 

5.1  VE Team Leader: Value Management Strategies, Inc. 5.2  VE Team Members: HDR Engineering, Inc. 

6. References ......................................................................................................................... 12 

6.1  Project References and Reviews 6.2  Firm / Team Leader References 

7. Other Considerations ......................................................................................................... 13 

7.1  Quality Assurance  7.2  Cost Control 

 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  1 

1.0 INTRODUCTION AND FIRM OVERVIEW 

1.1 Introduction 

Value Management Strategies, Inc. (VMS) is pleased to submit this proposal for the facilitation of a 5‐day Value Engineering (VE) workshop on the Monterey Peninsula Water Supply Project – Desalination Infrastructure for the California American Water Company (CAW) and the Monterey Peninsula Regional Water Authority (MPRWA). 

For this contract we have teamed with HDR Engineering, Inc. to provide the technical depth necessary to successfully complete the requested VE effort.  The individuals selected for this VE study include some of the most experienced design and construction personnel available in the industry today.  In addition, our team has experience working with and for MPRWA on Value Engineering/Constructability Review workshops, Project Cost and Schedule Estimating assignments, and/or Project Design.   

While VMS understands the potential benefit of bringing together diverse experience and perspectives, the synergy afforded by building a team of HDR subject matter experts far outweighs any benefits of building a team from different firms. A major challenge that often faces VE teams not accustomed to working together is the time it takes during the study to build familiarity, strong communication and a good working relationship among all team members. This issue is entirely eliminated, for the proposed team of technical experts from HDR is familiar not only with this type of work in general and MPRWA projects specifically, but also with municipal agencies in the state of California, and working together as a team. All of their energy and effort will be focused directly on the goals and objectives of the VE effort rather than any team building typically needed to get up to speed. VMS has observed that the most successful VE studies and greatest results are generally achieved by teams of highly experienced subject matter experts who have worked together before, and enjoy doing so. It is for these reasons we selected the HDR team, and look forward to sharing their experience and strong working relationship with you. 

Special attention was given to ensure the selected team members have experience with this type of project, with particular emphasis on design and construction expertise in water treatment facilities and seawater desalination, inclusive of prior experience conducting similar value engineering reviews.  We believe our team is especially qualified to provide the type of value optimization needed to make this a successful workshop in terms of meeting the stated objectives of optimizing project performance while balancing cost, and schedule; improving project value; review the 30% design for potential issues related to constructability, durability, adaptability, operability, safety and maintainability; identifying solutions that enhance the project’s sustainability profile, and reducing risk. Additional objectives identified during the pre‐study phase of the workshop will be incorporated into the process to provide the most comprehensive value engineering effort possible. 

1.2 Value Management Strategies, Inc. Firm Information 

VMS was founded in 1990, and is a certified small business based in San Diego County, California. VMS is structured to address the specific and localized needs of our clients, and to manage, plan, coordinate, conduct and document comprehensive value‐based services.  We specialize in the application and facilitation of Value Analysis and Value Engineering, Constructability Reviews, Risk Assessment and Management, Quantitative Modeling and Analysis, and Training in order to assist clients in their goals of successfully delivering their projects and programs.  VMS team leaders have facilitated over 3,000 value focused studies and receive excellent feedback, resulting in many long‐standing client relationships.  

Monterey Peninsula Water Supply Project – Desalination Infrastructure  2 

Although a small business, VMS is the largest and most experienced VE firm in the country with 15 employees, 9 of whom are Certified Value Specialists. Today we facilitate over 200 value‐focused workshops every year for organizations around the world on a wide range of projects. 

2.0 UNDERSTANDING OF SCOPE OF WORK 

VMS team leaders apply their focus and effort on the facilitation of studies using the same VE process outlined in MPRWA’s RFP scope of services. The VE Job Plan defined by SAVE International and the specific tools and techniques implemented by VMS represent a tested and proven methodology that will lead the stakeholders and project team toward the stated objectives in an efficient, professional and enjoyable manner.  

Access to the following documents (listed in the RFP), will prove invaluable to the VE team’s effort and will support the study’s relevance and ultimate success: 

Preliminary site plans  Floor plans  Elevations  Geotechnical report  Schematics for the process, treatment residuals handling and chemical systems  Preliminary cost estimate  Energy consumption model 

With submission of this proposal, VMS acknowledges its understanding of the objectives, expectations and timelines stated for the requested 40‐hour VE effort. VMS takes pride in working with each of our clients to provide the highest quality of work in a flexible and efficient manner to meet the needs of each project. The requested study dates of June 23‐27, 2014 are easily accommodated by the proposed CVS facilitator and VE team members, as is the timeline set forth for the deliverable submittals including the preliminary and final VE reports.  

3.0 PROPOSED METHODOLOGY AND DELIVERY SCHEDULE 

3.1 VE Study Work Plan 

Based upon our extensive experience conducting similar design and technical review services, VMS believes that the most effective way to organize and conduct this VE study will be to follow the Value Methodology Job Plan. Using the core principles of the Value Methodology, the process would consist of the following elements:  

A multi‐disciplinary team of engineers, sustainability experts, stakeholders and owner representatives administered by a Certified Value Specialist (CVS). 

A thorough presentation by project management and the design team outlining specific issues and concerns relating to the project’s design and construction.  

A systematic review of the project’s 30% plans, cost estimate, and energy consumption models by the VE team utilizing a systematic analysis process and a system of checklists and forms to document recommendations. 

A formal presentation of the VE team’s recommendations to project management and the design team, and a discussion of these findings. 

Preliminary and Final Reports documenting the results of the study including the VE team’s recommendations, the analyses performed during the workshop, supporting documentation. 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  3 

As noted in the RFP Scope of Work, the VE effort will consist of a 5‐day workshop.  The first day will include a workshop kick‐off meeting to include the VE team members, CAW project representatives and design team members at or near the project site, and a site visit. The study will continue with additional information gathering, function analysis, creativity, evaluation and development of VE alternatives, prior to a formal outbrief held the final day of the workshop. The outbrief presentation will provide MPRWA and their design consultants an overview of the VE team’s findings and provide an arena for discussion to clarify any of the concepts prior to publishing the Preliminary VE report.   

An implementation meeting will be scheduled at/after the end of the VE workshop to support decision making and implementation activities, as well as to document any additional comments or results of the study. Feedback and decisions from this implementation meeting will be incorporated into the Final Value Engineering Report, indicating completion of the project.  Further details of each step of the process are included in the following section.  

3.2 VE Workshop Methodology 

VMS proposes to utilize the tools, techniques, and job plan from the Value Methodology and SAVE International best practices as a guide and format for the VE workshop.  The methodology to be employed will utilize a function‐based system that quickly focuses teams on a task, facilitates communication, builds consensus and achieves results in the optimization of the project with respect to functional performance, initial cost, lifecycle cost, and duration for construction delivery. 

The direct and active involvement of the project’s stakeholders is at the core of this process.  The VE team leader will guide stakeholders through the methodology, using the power of the process to distill subjective thought into objective language that everyone can relate to and understand.  The dialog that develops then forms the basis for the VE team’s understanding of the requirements of the project and to what degree the current design concept is meeting those requirements.  From this baseline, the VE team can focus on identifying issues with the current design and perhaps identify alternative concepts that will quantify both performance and cost, contributing to an improved project value.    

Our approach to performing a VE study yields the following benefits: 

Builds consensus among project stakeholders (especially those holding conflicting views)  Supports a better understanding of a project’s goals and objectives  Develops a baseline understanding of how the project meets performance goals and objectives  Identifies areas where project performance can be improved through the VE process  Develop and understand the relationship between performance and cost in determining value  Uses value as the true measurement for selecting the optimal design concept 

The following narrative provides an overview of the specific activities proposed for the VE workshop.   

Pre‐Study 

Meaningful and measurable results are directly related to the work performed prior to the VE workshop. All or part of the following information will be determined during the pre‐study phase: 

Clear definition of the current situation and study objectives  Identification of VE team members and project stakeholders  Definition of how stakeholders are impacted by the project  Identification of key issues and concerns  Identification of criteria to be used for evaluation of project performance  Gather project data and distribute to VE team members 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  4 

In preparation for the VE workshop, the team leader (CVS) will meet with MPRWA and stakeholders to confirm and finalize the workshop process and agenda, initiate data gathering, refine workshop scope and objectives, coordinate with the VE team members, and finalize study plans.  Following the initial planning meeting, the team leader will review the data collected for the project and develop a cost model. The team leader will also consult with the technical specialists to prepare them for the workshop. 

VE Workshop (Study) 

VMS proposes a 7‐phase Job Plan for this VE study. The elements and activities conducted during the study will include: Information phase, Function Analysis phase, Creative phase, Evaluation phase, Development phase and Presentation phase, followed by Implementation. 

1. Information Phase:  At the beginning of the VE study, the background and decisions that have influenced the development of the project or process are reviewed. The VE study begins with a meeting with representatives of the stakeholder agencies. Analysis of the project proceeds based on the data provided. The analysis includes reviewing the cost model(s) and becoming familiar with the issues and constraints communicated by the stakeholders. Each of the focus areas identified in the previous section will be discussed, and specific comments and recommendations will be recorded.      

2. Function Analysis Phase:  Development of the functional requirements of a project are key to assuring a stakeholder that the project will meet the stated criteria. The analysis of these functions in terms of actual cost is a primary element in a VE workshop. A Function Analysis System Technique (FAST) diagram is developed to help the team better understand the functional relationships of the project. Cost and performance are related to the project functions on the FAST diagram to direct the team to the functions where they should focus their efforts.  

3. Creative Phase:  During this phase, the VE team generates as many ideas as possible to provide the necessary functions for the project and meet the criteria identified.  Judgment of the ideas is not permitted during this phase, and all ideas are recorded.  

4. Evaluation Phase:  The VE team evaluates each idea with respect to the functions and evaluation criteria. Each idea is evaluated against the specific performance criteria established by MPRWA during the Information Phase.  Once each idea is fully evaluated, the idea is ranked based upon the team’s concurrence of its significance to prioritize the development of the ideas. 

5. Development Phase:  During the development phase, each idea deemed worthy of additional consideration is expanded and documented on VE Alternative forms. Each recommendation is documented with a brief narrative to compare it with the original concept, including sketches, discussion of performance and risk, and cost comparisons as applicable. 

6. Presentation Phase:  The final step of the VE study is a formal presentation of the study’s results to the project stakeholders. This will provide MPRWA an opportunity to preview the recommendations developed by the VE team before the Preliminary VE Report is published.  

7. Written Reports & Implementation Phase:  Following the completion of the VE study, the team leader compiles the information developed during the VE study into a Preliminary Report. This report documents all recommendations, and will be provided to MPRWA under the stated deliverable timeline. The report includes an Executive Summary, detailed descriptions of each recommendation, and all supporting documentation. 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  5 

Once the Preliminary Report review is complete and comments are received from MPRWA, the report is edited to reflect the comments and any implementation decisions, and is reissued as the Draft Final VE Study Report.  Further comments, edits and feedback will be addressed prior to publication and delivery of the Final VE Study Report as indicated in the RFP.  

3.3 VE Study – Areas of Focus 

The following paragraphs identify some of the areas that VMS believes may require special attention with respect to the MPWSP VE effort.  Additional elements will likely be identified during the VE workshop; the list below illustrates topics we will cover to ensure a thorough review of the project. 

1. Design Concept Enhancements:  Identification of changes to the project design that will improve/enhance the essential functions and concept(s) at a lower initial capital cost or lifecycle cost as proposed in the design documents. 

2. Operations and Maintenance: Review of the design concept to identify the optimal configuration that best represents ideal operability, reliability, maintainability, and personnel safety.  

3. Design Concept Validation: Review of the baseline design concept for validation of the effectiveness of the design in ensuring it represents the most efficient combination of cost, performance, and reliability. 

4. New Alternatives:  Identification of new functional approaches to optimizing the essential functions of the project, solving issues, and meeting the goals set forth for the project for the best overall value, including incorporation of the latest technologies and advancements. 

5. Sustainability Assessment: Review and validation of the project for identification of opportunities to attain an “Enhanced” level (equivalent to Silver) of sustainable design under the Envision rating system of the Institute for Sustainable Infrastructure. Identification of opportunities to attain a Silver award level of design under the US Green Building Council LEED Rating system.  

6. Architectural Composition:  Suggestions that will align the design of the facility in terms of optimal functional performance and operations and aesthetic presence with the environment and location. 

7. Future Design Considerations:  Recommendations to the designer regarding specific ideas, components, details, materials or products that should be considered as the design progresses. 

8. Staging/Access:  Assessment of whether adequate space and facilities are available to stage the project including the provision of utilities, and if access to the site will be restricted with alternatives provided to make the flow of labor, equipment and materials more efficient. 

9. Environmental Impacts:  A review of the project’s environmental impacts to assure that the construction process can meet the requirements of the EIR permitting agency demands, defining alternatives that will address and support conflict resolution. 

10. Construction Impacts:  Ideas promoted to minimize or eliminate impacts of construction on the existing streambed or existing facilities and infrastructure. This area will also consider temporary environmental conditions related to construction activities. 

11. Cost Control:  Not to be confused with cost cutting, this area will focus on maintaining the desired budget or provide a more cost‐effective way to achieve the same design objectives.  This includes a 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  6 

cursory assessment of the cost estimate for the selected alternative. 

12. Schedule Control:  Recognizing timely completion is important relative to overall risk reduction, this area will focus on the potential to meet the project schedule deadlines or the possibility of completing the project ahead of schedule. 

13. Additional Constructability Issues:  Suggestions regarding project construction, at a feasibility level, that will assess specific areas of construction difficulty.  Key subjects include: 

Reducing total construction time by creating conditions that maximize the potential for concurrent (rather than sequential) construction, while minimizing work and wasted time. 

Reducing work‐hour requirements by creating conditions that promote better productivity or creating designs that demand less labor, minimizing the need for high cost special equipment. 

Reducing potential change orders, work delays and added costs by checking the drawings and specifications for dimensioning errors, omission of necessary detail, interdisciplinary conflicts, etc.  

Identifying the appropriateness of the project’s construction installation technology, methodology and materials.  

Identifying project‐specific issues, their probable consequences, and proposed mitigation recommendations. 

14. Risk Analysis:  Given the potential project complexities relative to technical design issues, environmental and permitting issues, and construction issues, VMS proposes to conduct a Qualitative Risk Analysis of the project during the VE workshop.  Through its Risk Assessment tools and techniques, VMS will work with project stakeholders to identify and prioritize those risks most in need of proactive response and management. This allows issues that may otherwise result in significant impacts to be addressed by developing proactive risk response strategies and action plans to minimize threats, maximize opportunities, and optimize the relationships of project and program performance, cost, and time. 

3.4 Delivery Schedule 

VMS team leaders are equipped with the experience and tools to quickly transform the project information, analyses performed and the electronic or hand‐written content developed during a VE study into comprehensive, professional quality VE reports. VMS support staff assist team leaders in documenting the results of each study to ensure the reports being delivered are polished, easy to navigate and arrive on time. VMS practices a highly effective QA/QC procedure to ensure the content and format of each project’s deliverables are produced quickly, consistently and accurately.  

The VE study is currently scheduled for the week of June 23‐27, 2014. The Preliminary VE Report will be submitted per RFP request, three (3) days following completion of the workshop, on June 30, 2014.  An implementation meeting will be scheduled after the desired review period, at which point VMS will consolidate and incorporate all comments and decisions. The Final VE Report will be issued within 14 days of receipt of comments and confirmation from the project manager that no further comments or changes are anticipated.  

VMS proposes to deliver the Preliminary and Final VE reports in electronic (PDF) format via email by or before the deadlines stated above. Hard copy delivery of printed reports (6 copies) and CDs (2 copies) for each submittal can typically be expected 2‐3 business days following the email submittal due to the length of time required to produce and ship hard copies to the MPRWA office(s).   

Monterey Peninsula Water Supply Project – Desalination Infrastructure  7 

4.0 QUALIFICATIONS AND EXPERIENCE 

4.1 Team Qualifications 

As stated previously in this proposal, VMS is the largest pure value consulting firm in the country. VMS specializes in the application of Value Analysis and Value Engineering, Business Process Improvement, Decision Analysis Processes, Risk Assessment and Management, Quantitative Modeling and Analysis, and Training in order to assist clients in their goal of making sound decisions and getting the most out of their projects and programs. With 9 full‐time Certified Value Specialist facilitators on staff, VMS has conducted over 3,000 studies during its 24 years of providing value services.   

VMS has provided VM services for a multitude of local, state, regional, and federal government agencies. Types of projects include planning and design of water/wastewater treatment, healthcare facilities, offices, and administrative buildings; planning, design, and implementation of transportation and transit facilities and systems; recreational facilities; equipment and maintenance facilities; housing; fire stations; and an array of other projects. As a result of our involvement with numerous projects for various government and local agencies, VMS has developed a thorough understanding of federal/state government regulations, construction methods, and coordination requirements.  

Finally, our long history and track record of building successful VE teams provides VMS access to some of the most experienced and sought after consultants in the various engineering disciplines. Based on a wealth of experience working on regional water authority projects and with government agencies in the state of California, the proposed team members from HDR Engineering, Inc. are seasoned veterans with extensive experience designing, optimizing and constructing similar projects. The following team members are proposed for this VE effort: 

Proposed Role           Name and Credentials 

CVS Team Leader / Facilitator      Mark Watson, P.E., CVS‐Life, PMP Civil/Structural Engineer        Omid Tavangar, P.E. Architect & LEED Certified Evaluator    Michael Lambert, R.A., LEED Green Associate Electrical/Instrumentation & Controls Engineer  Bill Ettlich, P.E. Operation and Maintenance Expert    Craig Close, P.E. ENVISION Evaluator, HDR Project Manager   Dave Reardon, P.E., ENV SP 

VMS strives to provide the most cost effective means of delivery value improving services to our clients. As a result, please note that some of the requested roles/team members for this VE study have been consolidated. This has been done with the intent to provide the proper experience in the most streamlined and cost‐effective manner possible.  With the participation of additional stakeholder personnel being provided by CAW as stated in the RFP scope of services, the team members proposed herein provide the necessary level of experience and expertise required for the success of this study.  

4.2 Relevant Project Examples / Experience 

The following projects represent a small sampling of relevant VE and water/wastewater project optimization efforts the proposed VE team has facilitated or participated on in the state of California.   

Joseph Jensen Water Treatment Plant Solids Dewatering Facility and Lagoons, Granada Hills – Mark Watson facilitated the VE study, for a project to construct a mechanical dewatering facility with belt presses, conveyors, and a cake storage area, as well as a series of lagoons for air drying solids. These facilities will allow LAMWD to reliably process solids at all anticipated production rates, while complying 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  8 

with water quality regulations and existing permit conditions. The estimated cost, including all markups and contingencies, is $22,740,000 for Contract No. 1 and $13,130,000 for Contract No. 2. 

The objectives of the VE study were to review the design relative to project purpose and need to identify more economical alternatives in providing a new solid dewatering facility and lagoons; and to develop VE alternatives that improve aspects of the solids processing by either reducing cost or improving performance. 

The VE team, through the application of function analysis and cost modeling, evaluated the baseline concept. The VE team observed that there were opportunities for significant cost savings by relocating the Belt Press Building to locations of better soils and away from the sight line between the Administration/Control Building and lagoons. Further, given the relatively high costs related to the soil remediation measures, the VE team focused on identifying other methods that result in reduced costs and impacts, reduced schedule, and reduced risk of movement and damage during an earthquake event. Further, the VE team focused on the dewatering process itself to identify alternatives that maximize passive means of reducing the water content of the solids and simplifying the removal of the thickened solids. Finally, the VE team focused on the construction schedule and contract packaging to reduce risks and coordination issues of early critical path items and multiple construction contractors. The VE team developed 12 alternatives for improvement of the project, 7 of which will be considered for implementation when the design reaches the appropriate phase. If all alternatives are accepted as proposed a savings of nearly of $20 million may be realized.  

Seaside Ozone Treatment Facility, Monterey – The $3.2 million construction improvements to the Seaside Ozone Treatment Facility completed in 1964. The MPWMD imposed a building moratorium in 1992 citing the lack of water supply on the Monterey Peninsula. Although it was a political move attempting to gain support for the proposed New Los Padres Dam, it actually caused a public backlash towards MPWMD and Cal‐Am. Cal‐Am again took a leadership role by discovering "new" groundwater in the Northern Coastal Aquifer in northeast Seaside along the Fort Ord border. A new 2500 gpm well was constructed to produce 2000 afy of additional water supply for the Peninsula communities. The MPWMD Board approved only a 1000 afy allocation and tied the lifting of the building moratorium with the start‐up of the new well. However, the new Paralta well had high levels of hydrogen sulfide and was constructed on a small residential building lot, insufficient to build any treatment.  

Craig Close was responsible for finding a solution and constructing a facility immediately to avoid public criticism. He evaluated both hydrogen peroxide and ozone treatment processes, since using GAC pressure filters was not feasible due economic, space limitations, and backwash waste disposal problems created by the high H2S concentrations. An in‐line treatment process was considered the best solution. The hydrogen peroxide process was eliminated due to the large quantities of chemicals needed and the long contact time necessary for the chemical reaction to convert the H2S to sulfate. Therefore, a 5mgd ozone treatment plant was constructed at Cal‐Am's Ord Grove well site, treating both the Paralta and Ord Grove wells. Two 60‐lb/day ozone generators were used to supply ozone to the injectors 30 feet upstream of the facility in a 24‐inch header pipe routed through the chemical containment area of the treatment building. Zinc orthophosphate for corrosion protection and sodium hypochlorite for post‐disinfection used at the facility. The ozone treated water would then go through an ozone destruct unit prior to entering the 0.5 MG Ord Grove tank located adjacent to the treatment building. Finished water was then pumped out of the storage tank in to the distribution system via three submersible can pumps. The fully automated treatment facility went on line in early 1994. The Seaside Ozone Treatment Facility was the first ozone facility in the American Water System. 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  9 

VE, Design Document QA/QC, and Cost Estimating for Sacramento River and E.A. Fairbairn Water Treatment Plants Rehabilitation Projects, City of Sacramento – Omid Tavangar, P.E. and Bill Ettlich, P.E. of HDR provided the Structural and Electrical engineering services for a VE study, design document QA/QC, and cost estimating services for rehabilitation upgrades to the city’s two surface water treatment plants to replace aging facilities and provide new solids handling. Improvements to the 160 mgd Sacramento River Water Treatment Plant were valued at $145 million and included a new 80 mgd flocculation/sedimentation basin with mixers, eight new dual‐medial filters, retrofit of the existing filter waste washwater basins with mechanical sludge collection system and larger 2,500 gpm pumps with variable frequency drives (VFDs), sludge lagoons, two thickeners, new two‐story dewatering building with 1,200 pound per hour centrifuges with conveyor, paved sludge drying area in the earthen lagoon, replacement of the treated water pumping station with a high‐service pumping station with four 600 hp vertical turbine pumps. 

Improvements to the 200 mgd E.A. Fairbairn Water Treatment Plant were valued at $16 million and included retrofit of mechanical sludge collection systems, two sludge thickeners, a new single‐story, 6,000‐square‐foot dewatering building with two 1,200 pound per hour centrifuges and conveyor, expansion of the chlorine gas feed system, and a new medium voltage transformer. 

Soscol Water Recycling Plant VE Study, Napa Sanitation District, Napa – Dave Reardon participated as sustainability expert and facilities optimization consultant for a VE workshop to review the 100 percent contract documents and construction drawings for the 11.8 mgd Soscol Water Reclamation Facility design, as well as a wetlands facility for the treatment of primary effluent. The VE team was called in after this $55 million project was bid over budget. Areas of the VE study included headworks, primary clarifiers, aeration basins, secondary clarifiers, effluent filtration, chlorine disinfection, reclaimed water pumping station, dissolved air flotation (DAF) thickening, anaerobic digestion (egg‐shaped) belt press dewatering, support facilities, yard piping, and electrical/instrumentation systems. Generated 156 alternative ideas and evaluated 51 in detail. Despite severe constraints placed on changes for many of the key processes, 39 ideas were recommended for consideration by the owner and design engineer that represented savings of over $5 million. 

Lodi Surface Water Treatment Facility, City of Lodi – HDR is the Designer and Architect of Record for the city's new 11.5 mgd surface water treatment plant, which includes raw water pumping station, sedimentation basin followed by automatic strainers for pretreatment, 8 mgd Pall Microza pressure membrane system, chemical and disinfection systems, plate settlers for residual handling, storm drain system, 10 mgd (25 mgd buildout) high‐service pumping station with end‐suction centrifugal pumps and CMU building, 3 million‐gallon (MG) prestressed concrete tank, water transmission main, modifications of 26 groundwater wells, operations building, chemical bulding, and corrosion control. The architecture of this plant was inspired from local residential neighborhoods. Craftsman inspired detailing of raftertails, window proportions and trellis features contribute to the residential theme. Materials used were contemporary; examples being standing seam metal roof, concrete masonry, and composite wood panels, but incorporated into traditional forms. There are four buildings total in this plant: Administration, chemical, high‐service pumping station, and raw water pumping station. The raw water pumping station is a standalone building on a separate lot closer to the intake source. It is located just outside a historic district in Woodbridge, California, where at least two buildings are on the National Register of Historic Places. 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  10 

5.0 BIOGRAPHIES OF KEY PERSONNEL 

5.1 VE Team Leader:  Value Management Strategies, Inc. 

CVS Facilitator – Mark Watson, P.E., CVS‐Life, PMP 

MARK WATSON is a registered Professional Engineer, Certified Value Specialist (Life), and Project Management Professional.  He has a degree in Geological Engineering from the University of Missouri‐Rolla (now the Missouri University of Science and Technology).  Mark's experience includes 15 years of facilitating value studies on a wide array of projects that cover the gambit of the design and construction industry.  He has conducted over 200 value analysis, value engineering, and value planning studies on water/wastewater facilities, roads, bridges, transit facilities, airport facilities, and drainage facilities, as well as buildings for education, health care, prisons, U.S. military, and U.S. embassy and consulate operations. The size of these projects and programs has ranged from a few hundred thousand dollars in capital costs to as high as $6 billion. Mark has facilitated workshops on projects in all stages of design from the schematic/planning stage to 100% complete. 

One of Mark’s particular specialties is the facilitation of large, diverse groups. Over the course of his career, he has had the opportunity to facilitate teams ranging from small, technically‐focused participants to large, management‐based participants to teams of multiple stakeholders with multiple technical backgrounds and objectives. Mark has developed a broad range of facilitation techniques that allow him to adapt his style and approach to support the dynamics of the group being facilitated. In addition, he has the ability to communicate the detailed technical aspects of projects and alternatives so all stakeholders will understand, regardless of their technical background. 

5.2 VE Team Members:  HDR Engineering, Inc. 

Civil/Structural Engineer – Omid Tavangar, P.E.                        

OMID TAVANGAR is a California registered professional civil engineer with more than 30 years of experience as civil/structural engineer for water and wastewater projects. His experience includes design and construction of water and wastewater treatment plants, solids handling facilities, pumping stations, pipelines, and storage facilities. He has expertise in analyzing and improving structural systems to achieve optimum cost effectiveness.  He is also effective in facilitating communication between the client and project team, and has a proven record for maintaining schedules. Mr. Tavangar recently participated in the value engineering efforts for City of Sacramento’s two Water Treatment Plants and Sunnyslope County Water District’s treatment plant improvements. He was structural engineer for the barrier water treatment improvements project for West Basin Municipal Water District, which protects the treatment plant against saltwater intrusion. 

Architect & LEED Certified Evaluator – Michael Lambert, R.A., LEED Green Associate 

MICHAEL LAMBERT is a California registered architect and certified LEED Green Associate. As a project architect, Mr. Lambert is responsible for synthesizing client program needs into exciting architectural solutions. He has more than 29 years of experience in all phases of architecture, with emphasis in project management, programming, design development, master planning and construction administration for a variety of project types. His specialties include water and wastewater distribution and treatment facilities, and code compliance. Mr. Lambert recently participated in value engineering efforts for City of Sacramento’s two Water Treatment Plants. 

Monterey Peninsula Water Supply Project – Desalination Infrastructure  11 

Electrical, Instrumentation, and Controls Engineer – Bill Ettlich, P.E. 

BILL ETTLICH is a California registered electrical and control systems engineer with more than 55 years of technical and managerial experience in water and wastewater treatment facilities design in both the consulting engineering and process equipment fields. His experience includes the direction of water and wastewater treatment projects through all phases, including planning, design, construction, field services, operator training, and/or startup assistance for over 250 water/wastewater facilities. He provides process, control and instrumentation design for many of the projects he directs, and designs telemetry systems for various water and wastewater systems. Having designed and directed into operation a number of fully automated treatment plants, he is widely recognized as a telemetry and automated control specialist. He has also served as the electrical, instrumentation, and control engineering specialist on over 15 value engineering studies. 

Operations and Maintenance (O&M) – Craig Close, P.E. 

CRAIG CLOSE is a Vice President with HDR and serves as the National Business Class Director for Management and Planning Services (MAPS) business unit. He provides professional and project management services to municipal agencies and private companies encompassing the engineering planning, design, permitting, and construction management of unique, complex, and innovative water and wastewater infrastructure and facility projects. He has more than 33 years of engineering experience in the water, wastewater, and electrical power industries. His unique water and wastewater operational management experience provides an owner's perspective in solving increasingly challenging technical and regulatory compliance issues. 

Mr. Close brings a broad and diverse background to his clients that were founded from his long tenure at American Water Service Company. He served as the Vice President of Operations for the Western Region Companies of American Water Works Company. He was responsible for the day‐to‐day operation of water and wastewater utilities owned by American Water that served over 500,000 people in 26 communities and four states. His responsibilities included the management of the technical departments that supported the district operations, which included planning engineering, construction, water quality (including the operation of two state certified laboratories), risk management, customer service and billing, and rate recovery. During his tenure here, he was very involved in the early stages of the Monterey Peninsula Desalination project; his familiarity with the project location and history will provide valuable insight other O&M consultants would not provide.  

ENVISION Evaluator and HDR’s Project Manager – Dave Reardon, P.E., BCEE, ENV SP 

DAVE REARDON is HDR’s National Director for Water/Wastewater Sustainability and process engineer with more than 41 years of consulting and engineering experience for water and wastewater facilities. He is a Certified ISI Envision Sustainability Professional and Verifier and a California registered professional civil engineer. Mr. Reardon offers extensive experience in the area of process troubleshooting, facility optimization, and energy conservation for water, wastewater, and industrial facilities nationwide, and is considered one of the leading experts in the industry in terms of lower energy, demand, and chemical usage. He has conducted over 125 sustainability studies at water and wastewater facilities nationwide, and has also participated in over 10 value engineering studies.

Being mindful of overall study cost, it is being proposed that Mr. Reardon perform his ENVISION evaluation from his office in Folsom, CA.  

Monterey Peninsula Water Supply Project – Desalination Infrastructure  12 

6.0 REFERENCES 

6.1 Project References and Reviews  

Galveston Channel Pelican Island Study, USACE Galveston District, 2011  Exceptional Rating 

“The A‐E is rated as ‘Exceptional’ because the VE Team came up with practical, creative ways of addressing issues with the planned placement area rehabilitation. The report the VE Team delivered was a quality product that presented the VE proposals very well and was thorough in its discussions of the proposals. The report was well laid out, formatted well, and concise such that it was an easy, understandable read and got to the point of the VE study results. The VE Report was formatted as prescribed by the SOW. After doing several VE studies for the Galveston District, the A‐E has established a consistent track record of meeting or exceeding the Galveston District's expectations as evidenced by the VE proposals the VE Teams come up with that have relevancy to the projects studied and where those projects are in their development and by the fact that several of these ideas have been implemented which has resulted in substantial cost savings.”  – ACASS Evaluation, Jon Plymale, VE Officer, 409‐766‐6375 

John Day Monolith/Drainage Repairs VE Study, USACE Portland District, 2013  Exceptional Rating 

“VMS did a great job of getting the right team members and facilitator for the VE study. All did a great job…” – ACASS Evaluation, Jason Weber, VE Officer, 503‐808‐4799 

New York Office of Management and Budget, Value Engineering Services on Task Order Basis, 2012 Excellent Rating 

“The schedules for the assigned complex projects were very aggressive and the consultant worked diligently to accommodate the short time frames. The production of deliverables was on a more demanding level than previous assignments, and the consultant was able to meet these requirements. The technical facility of the consultant staff and sub‐consultants is at a high level of technical sophistication. We are very impressed with the quality of the team work and rely on the consultant to produce outstanding deliverables.” – Jill Woller, NYOMB, 212‐788‐6137  

6.2 Firm / Team Leader References 

Jonathan Tat Metropolitan Water District of Southern CA On‐call VE Services: 3 consecutive contracts (8 yrs) [email protected] 213‐217‐6682 

Frank Vicidomina, Value Engineering Officer U.S. Army Corps of Engineers, New Orleans  IDIQ Value Engineering Services [email protected] 504‐862‐1251 

Richard Stricker, Value Engineering Officer U.S. Army Corps of Engineers, Omaha District IDIQ Value Engineering Services [email protected] 402‐995‐2412 

John Plymale, Value Engineering Officer U.S. Army Corps of Engineers, Galveston District IDIQ Value Engineering Services [email protected] 409‐766‐6375

Monterey Peninsula Water Supply Project – Desalination Infrastructure  13 

7.0 OTHER CONSIDERATIONS 

7.1 Quality Assurance  

VMS is committed to providing high quality, effective services without unexpected changes to the project budget. Our internal Quality Assurance (QA) and Cost Control Programs are structured to ensure we not only meet, but exceed the customer’s expectations for our services. VMS realizes that each client has specific requirements that need to be addressed to assure quality and continuity in their studies.  As we work with new clients we seek feedback on our services to better serve their needs.  In addition, we analyze what they are trying to accomplish and use our collective experience to suggest ways to improve their program and ensure delivery of services in the most efficient and effective manner possible. 

VMS has internal quality checks including technical editing, internal reviews by all key staff of project deliverables and documents, and a client‐focused review process that assures the products and services provided by VMS exceed expectations. 

7.2 Cost Control  

Cost controls will consist of assessing weekly progress and measurement of hours utilized in comparison to the planned number of hours for task completion. This is consistent with an earned value approach that will allows for both cost and duration to completion to be forecasted and managed such in collaboration with the client. This earned value approach ensures the expected delivery schedule and allocated budget will be managed effectively. 

Proposal Ratings

Monterey Peninsula Regional Water Authority Technical Advisory Committee

Score

RSRI

1

Understanding of the Scope of

Work and Consultant’s Proposed

Methodology

15.4

pg5: included site visit

pg5: don to lead team

pg5: 100-200 potential ideas, requested authority rep to be present, this could eliminate non-starters.

pg5: high speed evaluation process, not sure what this is. 25-40 anticipated

pg5: combined team effort

pg5: listed as positive opportunities

pg6: post work shop phase

under understanding pg3 listed desal, slant well, filters, etc.

Proposing to prepare economic model (note - there is a model already).

Will satisfy VE for funding requirements.

Thorough understanding & detailed SOW.

Confused with Authority roles versus Cal Am

2 Delivery Schedule 12.0

Opening cover letter listed work shop time frame only

No schedule proposed for draft final VE report.

No detailed schedule given, only outline of steps. Preliminary report delivered in 3 days.

Request for Proposal - Value

Engineering Study

Cal Am MPWSP Desalination

Infrastructure

Proposal Rec'd May 8, 2014

RFP VE Scoring.xls - Overall Score Page 1 of 6 Print 05/19/2014

arlene
Typewritten Text
Exhibit 1-C

Proposal Ratings

Monterey Peninsula Regional Water Authority Technical Advisory Committee

Score

RSRI

Request for Proposal - Value

Engineering Study

Cal Am MPWSP Desalination

Infrastructure

Proposal Rec'd May 8, 2014

3

Past experience and performance of

Consultant's team on similar work

including: individuals in the firm

assigned to do the work; cost

control; quality of work, and

meeting scheduled milestone dates.

16.0

cover letter - RSR1, black & veatch, Epsilon, Kennedy/jenks, James Kressback

cover: listed west coast experience designs in california.pg7: Florida brackish groundwater, water

treatment facilities, water reservoir, PG 10 consolidated experience: RO, nanofiltration, membrane,

and conventional facilities

included cost savings provided to owners

Pg 12: O&M EXPERIENCE ON RECENT DESAL PLANTS

Significant experience with fresh & brackish water treatment, but not salt water.

Difficult to understand if this team has worked together and on what time frame. Excellent individual

experiences.

4

Familiarity with applicable

practices and procedures for the

work involved

17.0

Pg 5: 6-step SAVE. PG 5 pre workshop and using existing studies.

just not as concise and clear as VMS

Many of the team have experience in relevant projects however most are not registered PEs in

California. The lack of Calif registration caused loss of points.

RFP VE Scoring.xls - Overall Score Page 2 of 6 Print 05/19/2014

Proposal Ratings

Monterey Peninsula Regional Water Authority Technical Advisory Committee

Score

RSRI

Request for Proposal - Value

Engineering Study

Cal Am MPWSP Desalination

Infrastructure

Proposal Rec'd May 8, 2014

5

Organization, presentation, and

content of proposal

Conformance to the specified RFP

format.

15.0

cover letter, table of contents, understanding scope pg3, proposed methodology pg4, qualifications

pg7, brief biographies pg 11, other considerations Pg13

not as organized for the scope of work,pg5

Difficult to understand how proposed team has worked on referenced projects.

6 Other Considerations 10.0

Listed no economic interest.

didn't add to the RFP info request

No economic interest in CAW, Am Water, or CDM.

Newest office is in Washington.

Most of team are not PEs in Calif. No interest in CAW, Am Water of CDM. Deep project experience.

Distant Location of personnel.

Teaming with Black & Veatch may be conflict.

85.4

Proposal Ranking 2

Overall Score on Response to

RFP VE Scoring.xls - Overall Score Page 3 of 6 Print 05/19/2014

Proposal Ratings

Monterey Peninsula Regional Water Authority Technical Advisory Committee

1

Understanding of the Scope of

Work and Consultant’s Proposed

Methodology

2 Delivery Schedule

Request for Proposal - Value

Engineering Study

Cal Am MPWSP Desalination

Infrastructure

Proposal Rec'd May 8, 2014

Score

VMS

18.3

Pg2: listed documents to review per RFP. Pg3: need Pre-Study WORK

Pg 4: FAST diagram, cost & performance in relation to project function.

Pg4: record all ideas mentioned - no judgment

Pg4: Ideas ranked and prioritized.

Pg4: further analysis of top ideas

Pg4: presentation of study

Pg5: added area of anticipated focus

didn't list desal project components

pg2: had a clear section for methodology

Thorough scope of work for methodology.

Workshop methodology focuses on results and not methods. Workshop study refers to

wrong section in proposal for additional information. Areas of focus is good.

Well understood

16.0

pg 6: listed and stated will meet schedule from RFP

Pg6: added risk analysis in focus areas.

VE Workshop schedule not well defined. Preliminary Report in 3 days. Final report

within 14 days.

Clearly outlined

RFP VE Scoring.xls - Overall Score Page 4 of 6 Print 05/19/2014

Proposal Ratings

Monterey Peninsula Regional Water Authority Technical Advisory Committee

Request for Proposal - Value

Engineering Study

Cal Am MPWSP Desalination

Infrastructure

Proposal Rec'd May 8, 2014

3

Past experience and performance of

Consultant's team on similar work

including: individuals in the firm

assigned to do the work; cost

control; quality of work, and

meeting scheduled milestone dates.

4

Familiarity with applicable

practices and procedures for the

work involved

Score

VMS

14.5

past experience

pg1: ref. to construction expertise of team

pg 7 - listed water treatment projects but no desal experience on the team. California

jobs so should know our requirements.

included savings on projects

Close involved with early stages of desal, and did seaside 1994 ozone project

Significant experience with fresh & brackish water treatment, but not salt water.

Proposal states that it is important that the project team work together and then gives

no information to support this. Most team members have 1 project that shows relevant

experience. Impossible to tell for Michael Lambert and Mark Watson.

19.0

Pg2: VE study work plan, PG 4: Workshop study 7- phase

Dave Reardon sustainability expert on 11.8 mgd Wastewater Plant. Not sure of

outcome. All appear to be PEs in California but should be confirmed. Difficult to tell if

proposed team has ever worked together on relevant past projects.

Project lead is certified Project Management Professional.

RFP VE Scoring.xls - Overall Score Page 5 of 6 Print 05/19/2014

Proposal Ratings

Monterey Peninsula Regional Water Authority Technical Advisory Committee

Request for Proposal - Value

Engineering Study

Cal Am MPWSP Desalination

Infrastructure

Proposal Rec'd May 8, 2014

5

Organization, presentation, and

content of proposal

Conformance to the specified RFP

format.

6 Other Considerations

Proposal Ranking

Overall Score on Response to

Score

VMS

18.0

cover letter, table of contents, understanding scopepg2, proposed methodology pg2,

qualifications pg7, brief biographies pg10, other considerations Pg13

well organized and concise

It is not easy to determine relevant project experience and any relationship to

references given.

16.0

teamed with HDR, FAMILIARITY WITH CALIF MUNICIPALITIES

NICE AREA OF FOCUS LAY OUT included sustainability and LEED rating

Described Cost Controls, quality checks

Nearest office is in Sacramento

Has cost control strategy.

101.8

1

RFP VE Scoring.xls - Overall Score Page 6 of 6 Print 05/19/2014

COST PROPOSAL Monterey Peninsula Desalination Plant - 5 Day VE Study Monterev. CA

nmn .r:wn. Hml.m Rim .cut PREWORKSHOP - Preparation and Coordination

Program Manager Stewart, Robert 4 $290.22 $1,160.88 VE Team Leader Watson, Mark 24 $220.32 $5,287.68 Assistant Team Leader/Technical Writer Brink, Mariah 2 $92.53 $185.06

Project Coordinator Kramer, Cheryl 8 $158.61 $1,268.88 Civil/Structural Engineer Tavangar, Omid 8 $238.00 $1,904.00 Architect & LEED Evaluator Lambert, Michael 8 $169.00 $1,352.00 Electrical, Instrumentation, and Controls Engineer Ettlich, Bill 8 $258.00 $2,064.00 Operations and Maintenance Close, Craig 8 $354.00 $2,832.00 Envision Evaluator Reardon, Dave 8 $358.00 $2,864.00

WORKSHOP - VE Study VE Team Leader Assistant Team Leader/Technical Writer Civil/Structural Engineer Architect & LEED Evaluator Electrical, Instrumentation, and Controls Engineer Operations and Maintenance Envision Evaluator

POSTWORKSHOP - VE Preliminary Report VE Team Leader

Project Coordinator Assistant Team Leader/Technical Writer

QA/QC

Total PREWORKSHOP - Preparation and Coordination:

Watson, Mark Brink, Mariah Tavangar, Omld Lambert, Michael Ettllch, Bill Close, Craig Reardon, Dave

Watson, Mark

Kramer, Cheryl Brink, Mariah Stewart, Robert

50 $220.32 $11,016.00 50 $92.53 $4,626.50 40 $238.00 $9,520.00 40 $169.00 $6,760.00 40 $258.00 $10,320.00 40 $354.00 $14,160.00 40 $358.00 $14,320.00

Total WORKSHOP- VE study:

24 $220.32 $5,287.68

2 $158.61 $317.22

24 $92.53 $2,220.72 4 $290.22 $1,160.88

Total POSTWORKSHOP- VE PNiimlnary Report:

POSTWORKSHOP - Implementation Meeting and Final VE Report VE Team Leader Watson, Mark 28 $220.32 $6,168.96 Project Coordinator Kramer, Cheryl 2 $158.61 $317.22 Assistant Team Leader/Technical Writer Brink, Mariah 22 $92.53 $2,035.66

QA/QC Stewart, Robert 4 $290.22 $1,160.88 Total POSTWORKSHOP- Implementation Meeting and Final VE Report:

Lllbor SubTotal:

Other Direct Costs Categorv 11M l!h1mt11r Rim ~

Watson, Mark Airfare Study and Implementation each 2 $800.00 $1,600.00 Round trip transportation each 2 $100.00 $200.00 Rental Car - 1 car Day 8 $75.00 $600.00 Meals and Incidentals Day 7 $71.00 $497.00 Lodging/Hotel Day 8 $145.00 $1,160.00 Parking-hotel Day 7 $15.00 $105.00 Baggage Fees each 4 $30.00 $120.00

Total: Brink, Mariah

Airfare each 1 $700.00 $700.00 Round trip transportation each 1 $100.00 $100.00 Meals and Incidentals Day 6 $71.00 $426.00 Lodging/Hotel Day 5 $145.00 $725.00 Baggage Fees each 2 $30.00 $60.00

Total: Tavangar, Omid

Rental Car - 1 car Day 6 $75.00 $450.00 Meals and Incidentals Day 6 $71.00 $426.00 Lodging/Hotel Day 5 $145.00 $725.00 Parking-hotel Day 6 $15.00 $90.00

Totlll:

$18,918.50

$70,722.50

$8,986.50

$9,682.72 sJ.OB.3J.0.22

$4,282.00

$2,011.00

$1,691.00

arlene
Typewritten Text
Exhibit 1-D
arlene
Typewritten Text

Lambert, Michael Meals and Incidentals Day 6 $71.00 $426.00

Lodging/Hotel Day 5 $145.00 $725.00 Total: $1,151.00

Ettlich, Bill Meals and Incidentals Day 6 $71.00 $426.00

Lodging/Hotel Day 5 $145.00 $725.00 Total: $1,151.00

Close, Craig Airfare each 1 $700.00 $700.00 Round trip transportation each 1 $100.00 $100.00 Rental Car- 1 car Day 6 $75.00 $450.00 Meals and Incidentals Day 6 $71.00 $426.00

Lodging/Hotel Day 5 $145.00 $725.00 Parking-hotel Day 6 $15.00 $90.00 Baggage Fees each 2 $30.00 $60.00

Total: $2.551.00

Miscellaneous Direct Costs Shipping - Preliminary, Draft Final, Final Reports LS 3 $300.00 $goo.oo

Reproduction- Preliminary, Draft Final, Anal Reports EA 18 $100.00 $1,800.00 Miscellaneous Supplies - cos, Labels, Paper LS 1 $150.00 $150.00

Totalllf/sc. ODC: $2.850.00

Other Direct Cost SubTotal:

TOTALCOSTPROPOSAL